SOLICITATION NOTICE
A -- AIRBORNE LASERCOM TERMINAL (ALT) OPTICAL APERTURE TECHNOLOGY DEMONSTRATION
- Notice Date
- 3/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ESC/MC, MILSATCOM System Program Office, 50 Griffiss Street, Hanscom AFB, MA 01731-1620
- ZIP Code
- 01731-1620
- Solicitation Number
- FA8709-04-R-0001
- Response Due
- 4/21/2004
- Archive Date
- 6/23/2004
- Point of Contact
- 1Lt Christopher Marquis, Contracts Manager, 781-271-6272; Mr. Bill Donaldson, Contracting Officer, 781-271-6091
- E-Mail Address
-
Email your questions to Click Here to E-mail the POC
(chris.marquis@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The overall objective of the Airborne Lasercom Terminal (ALT) Program is to design, develop, acquire, and deploy airborne optical satellite communications terminals for Airborne Intelligence, Surveillance, and Reconnaissance (AISR) and Command and Control (C2) aircraft. The tentative program plan includes three phases in accordance with the National Security Space Acquisition Policy 03-01. Phase A is a study phase consisting of technology demonstrations as described in this solicitation/synopsis and system-level architecture studies described in a separate announcement. Phase B will be the design phase and will be competitively awarded. Phase C will be the production phase. (i) This announcement is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the Phase A technology demonstrations; proposals are being requested and a written solicitation will not be issued. Participation in Phase A of the ALT program will not be a prerequisite or a guarantee for participation in subsequent phases. (ii) This solicitation, FA8709-04-R-0001, is for Phase A of the Airborne Lasercom Terminal (ALT) program, and is issued as a request for proposal for free-space optical aperture technology demonstrations with a Period of Performance of approximately eighteen months. (iii) This solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-18. (iv) This solicitation is for full and open competition. The NAICS code for this solicitation is 334220, Wireless Communications and Equipment Manufacturing, with a 750 employee, small business size standard. (v) CLIN 0001. Demonstrations and Analyses, to be billed by SubCLIN: SubCLIN 0001AA Demonstration Test Plan 10% of Price; SubCLIN 0001AB Build of Prototype Subsystem 20% of Price; SubCLIN 0001AC Prototype Demonstration - Step 1 20% of Price; SubCLIN 0001AD Prototype Demonstration - Step 2 10% of Price; SubCLIN 0001AE Prototype Demonstration Reports 40% of Price. CLIN 0002, Data, Not separately priced. (vi) Airborne platforms may require optical apertures that minimize platform integration and aerodynamic impacts. Multiple technologies were identified during market surveys including gimbaled turrets, optical phased arrays (OPA), and Risley prisms. These various technologies each pose unique platform integration and technology maturation challenges. Therefore, the objectives of the demonstration effort are to: A. Mature optical aperture/beam director technology performance as close to Department of Defense's (DoD) Technology Readiness Level (TRL) 6 as possible within the budget and schedule constraints identified herein. TRL definitions are available in "DoD 5000-2 TRL Definitions.doc". All unclassified documents referenced herein as xxx.doc are located on the Hanscom Electronic RFP Bulletin Board (HERBB) at URL http://herbb.hanscom.af.mil/esc_opps.asp?rfp=R501. B. Identify an optical aperture/beam director concept that shows how multiple apertures can be integrated to provide a near-hemispherical Field of Regard (FOR) for an airborne platform and also minimizes Size, Weight, and Power (SWaP) and installation impacts. C. Provide non-proprietary data documenting demonstrated performance as identified below. Quarterly progress reports shall also be submitted. D. Identify technology/cost tradeoffs for minimizing life cycle costs and include any reliability estimates. E. Perform to SubCLINs as follows: (1) Submission of an optical aperture/beam director description and Demonstration Test Plan with test objectives and procedures, resources needed (identifying test and prototype equipment, principal investigator and personnel skill mix), and a plan to obtain required resources; (2) Completion of an optical aperture/beam director (assembled and ready for performance testing); (3) Completion of Step 1 (as defined below) in the approved Demonstration Test Plan; (4) Completion of Step 2 (as defined below) in the approved Demonstration Test Plan; and (5) Submission of a technical report documenting: results of the demonstration, estimate of production SWaP, projected production costs, technology/cost tradeoffs for minimizing life cycle costs, and an installation concept. Technical Description: The goal of this contract is to demonstrate optical aperture/beam director performance in a relevant environment. The relevant environment is defined by "ALT Demo Phase Relevant Environment.doc". Two immature aperture/beam director technologies of potential interest for this demonstration are Risley Prisms and Optical Phased Arrays but others may be submitted (such as turrets/gimbals that require technology maturation to TRL 6) and will be evaluated. The Contractor shall demonstrate the chosen aperture/beam director technology in accordance with a Government approved two-step Demonstration Test Plan. In Step 1, the Contractor shall conduct a series of performance tests on the optical aperture/beam director. In Step 2, the contractor shall combine two similar apertures to emulate a larger FOR and demonstrate handoff from one aperture to the other. The Contractor shall fabricate and test an aperture/beam director capable of demonstrating the parameters identified below. As a goal, the aperture/beam director shall meet the Contractor supplied values listed in "ALT Demo Phase Parameters of Interest.doc". The Contractor shall provide necessary facilities and equipment to test the aperture/beam director. Government representatives shall be invited to observe all test events. The Government expects aperture sizes for this demonstration to be less than six inches. In Step 1, the Contractor shall conduct a performance test of a single aperture/beam director across the FOR. The test will demonstrate continuous open loop pointing by the aperture/beam director at the Contractor-specified accuracy across the entire FOR while maintaining acceptable beam quality (beam profile and Strehl). The contractor shall measure the aperture/beam director sidelobes or conduct a stray light rejection test across the FOR. The test will also demonstrate continuous tracking (no tracking loop singularities) anywhere within the FOR at the Contractor-specified performance under the Government-specified vibration spectrum identified in "ALT Demo Phase Relevant Environment.doc". The test will demonstrate the aperture/beam director meets the Contractor-specified insertion loss and antenna gain requirements across the FOR at the data rates required. The test will demonstrate the aperture/beam director meets the Contractor-specified transmit/receive isolation requirements across the FOR while operating at the wavelengths and polarization identified in the Lasercom Interoperability Standard (LIS) as clarified in "Data for Evaluation" available in the Bidder's Library. For access to the Bidder's Library, which is located in Building 1103 at Hanscom AFB, MA, contact 1Lt Nat Kilian, 781-271-2485 (Nathaniel.kilian@hanscom.af.mil). The contractor shall measure the aperture/beam director temporal dispersion (either a direct measure of communications link performance or accurate pulse width measurement) as a function of field angle across the FOR. In Step 2, the contractor shall combine two similar apertures to create a larger FOR. The contractor shall conduct tests to demonstrate handoff from one aperture to another in the presence of platform motion and vibration, with a goal of minimizing the time of optical beam interruption for both transmit and receive paths during handoff. Transmit and receive tests shall be conducted while operating at nominal transmit power and maximum receive sensitivity (both specified by the Contractor) for an air-space link. For evaluation purposes handoff refers to switching to a different aperture on the airborne side of the link while maintaining communications with the same aperture on the satellite side of the link. The contractor shall measure the duration of any interruption to the transmit or receive signal occurring as a result of aperture/beam director handoff to demonstrate the interruption is equal to or less than the Contractor-specified handoff time. The contractor shall submit a non-proprietary final report that shall include a system description of the aperture/beam director, demonstration test results including test methods and comparison of results with the Contractor defined values provided in the "ALT Demo Phase Parameters of Interest.doc", estimate of production SwaP and airstream protrusion, projected production costs, technology/cost tradeoffs for minimizing lifecycle costs and an installation concept. Additionally, the Contractor shall describe in the report the methods or processes that identify a clear path toward realizing data recovery techniques that would achieve aperture handoff without loss of data. Proposal Preparation Instructions. The Offeror may propose more than one technology demonstration but the Offeror must submit a separate self-contained proposal for each. The proposal shall have unclassified and classified sections. Classified volumes shall include a color-coded security classification cover sheet and conform to the DD Form 254 instructions (ALT DD-254.doc). Unclassified submittals shall have covers with a different color than the classified covers. Apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information. Proposals shall be submitted in four parts: Volume 1-Price. Provide proposed price for each CLIN and SubCLIN identified in this solicitation as described under part (ii). Volume 2-Contractor proposed Statement of Work (SOW). Provide a SOW which as a minimum (1) identifies as an individual task the work necessary to accomplish each of the five subCLINs described in this synopsis, (2) describes any other tasks determined important by the Offeror, and (3) if any particular task results in the generation of data which is required as a data deliverable, the appropriate Contract Data Requirements List (CDRL) item on HERRB (ALT Demo Phase CDRL.doc) is identified in that task's SOW paragraph. Volume 3-Technical Proposal (Classified volume, no higher than DoD Secret). Provide a Demonstration Test Plan that identifies your selected optical aperture technology, its current TRL, a description of the proposed aperture/beam director and an overall demonstration approach. Include test objectives, expected performance for the parameters of interest identified in "ALT Demo Phase Parameters of Interest.doc", resources required, an integrated master schedule, and a path to achieve as close to TRL 6 as possible for the selected technology within the budget and schedule described herein. If two separate apertures, one for transmit and one for receive, are required (instead of a single aperture for transmit and receive) the proposal shall explain and justify the design decision. Provide a SWaP evolution plan identifying the current SWaP required by the proposed aperture/beam director and a plan to minimize its SWaP and installation impacts. Volume 4-Past Performance. Provide information on active or completed efforts, executed within the last five years, which you consider to be relevant in demonstrating your ability to perform the proposed effort. Relevant efforts would include IR&D or other internal efforts, commercial developments or Government sponsored projects involving optical communications systems/subsystems. For each effort, provide the information using the Past Performance Summary format (ALT Demo Phase Past Performance Summary.doc). Classified information (up to DoD Secret) may be submitted on these efforts. Provide frank, concise comments regarding your performance and summarize the results of each effort. Volume 4 shall be delivered fifteen (15) calendar days from the date of this notice. Each volume of the proposal should be separately bound in a three-ring loose-leaf binder that shall permit the volume to lie flat when open. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and 3/4 inch side margins. Pages shall be numbered sequentially by volume. Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. Foldout pages shall fold entirely within the volume and count as two pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, not for pages of text. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size. For tables, charts, graphs and figures, the font shall be no smaller than eight (8) point. These limitations shall apply to both electronic and hard copy proposals. Volume 3 shall be a single classified submittal with a page limit of 30 pages (excluding covers, Contractor Specified Parameters of Interest, and indexes). No page limits exist on Volumes 1, 2, and 4. The Offeror shall submit one copy of each volume in electronic format on a CD-ROM and six (6) hardcopies of each volume (with the exception of Volume 4 -- three (3) hardcopies only) of the proposal to ESC/NIK (ATTN: Mr. Bill Donaldson, 781-271-6091), 202 Burlington Rd, Bedford, Massachusetts 01730-1420. For the electronic copy, label each CD-ROM with the volume number and title. Multiple volumes may be located on the same CD-ROM. A classified CD-ROM shall be submitted containing classified volume(s) and must be marked in accordance with the DD254 instructions. Each volume shall be in a separate directory on a CD-ROM. Use separate files to permit rapid location of all portions, including exhibits, annexes, and attachments, if any. The electronic copies of the proposal shall be submitted in a format readable by Microsoft (MS) Word 2000, MS Excel 2000, MS-Project 2000, and MS-Power Point 2000, as applicable. All data files and electronic media delivered to the Government must be reviewed to ensure that they are virus-free. (vii) Delivery date(s) and place(s) of delivery for the demonstration are to be identified in the proposal; delivery and acceptance are FOB destination. Classified volumes/CD-ROMs shall be hand carried by authorized courier to the above location or submitted in accordance with the DD-254 instructions on the delivery of classified. (viii) The provision in FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2004), applies to this acquisition. (ix) All offers received will be evaluated using the procedures found in FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (Jan 1999) and the following specific evaluation criteria included in paragraph (a) of the provision: Technical and Past Performance are equal in importance and together are more important than Price. This competitive source selection will be performed in accordance with the Air Force Federal Acquisition Regulation Supplement (AFFARS) subpart 5315.3. The Technical Factor will be evaluated based on the following two subfactors which are of equal importance: (1) The proposed strategy presents a sound approach to maturing the selected technology as close to TRL 6 as possible and includes a demonstration of the technology in a relevant environment. (2) The proposed strategy presents a sound approach to minimize SwaP and airstream protrusion for the optical subsystem. Each technical subfactor will receive a performance risk assessment. Subfactor (1) is met when: (a) the Offeror demonstrates a sound approach for demonstrating prototype performance to the parameters identified in this solicitation as well as the Contractor specified Parameters of Interest in a relevant environment (including the use of test techniques that maximize accuracy and resolution of tested parameters, and the Contractor specified numeric values expected for performance parameters of interest, and that will meet the requirements in the LIS as clarified in "Data for Evaluation" in the Bidder's Library); Contractor specified values will be evaluated to determine the adequacy in meeting the objectives of the demonstration as well as the ability to meet the requirements. (b) the Offeror's proposed demonstration plan is a sound approach for evolving the selected technology as close to TRL 6 as possible (including, schedule for completion of the SubCLIN tasks identified in this solicitation); and (c) the Offeror has identified the resources needed to demonstrate the aperture performance and a plan to obtain required resources (including, use of Offeror's lab, test equipment, prototype hardware, software and key personnel). Subfactor (2) is met when the Offeror demonstrates a sound approach to technology evolution that minimizes SwaP and airstream protrusion. Price will be evaluated for reasonableness and affordability. The price shall be determined reasonable when the price for the effort is considered appropriate. The price shall be determined affordable when the price is within the amount available for an individual project. For each individual effort expected funds available in FY04 are no more than $1.5M and in FY05 expected funds available for each individual effort are no more than $3.0M. The Government intends to award up to four demonstration contracts but reserves the right to award none. Awards will be based on best value in accordance with AFFARS 5315-101 and the "Performance Price Tradeoff Guide" contained therein. (x) Offerors must include in the proposal a completed copy of Representations and Certifications found in FAR 52.212-3 - Commercial Items (Jan 2004). (xi) The clause in FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (xii) The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2004), applies to this acquisition. FAR 52.212-5, paragraph (b) is tailored to included 52.203-06 with Alt I, 52.219-04 (if the offeror elects to waive the preference, it shall so indicate in its offer), 52.219-08, 52.219-09, 52.219-09 Alt II, 52.219-23 (if the offeror elects to waive the adjustment, it shall so indicate in its offer), 52.219-23 Alt I (if the offeror elects to waive the adjustment, it shall so indicate in its offer), 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36. (xiii) The clause DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2003), applies to this acquisition. DFARS 252.212-7001, paragraph (a) is tailored to include 52.203-03. DFARS 252.212-7001, paragraph (b) is tailored to include 252.205-7000, 252.219-7003, 252.219-7004, 252.225-7001, 252.225-7012, 252.225-7014, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023. The clause DFARS 252.232-7007, Limitation of Government's Obligation (Aug 1993), applies to this acquisition. Also included is ESC-1001 ORDER OF BILLING (Feb 2004): Billing of SubCLINs under CLIN 0001 are conditioned upon the completion of the previous SubCLINs. Additional clauses include ESC/NI Program Office Support Contractors Clause, and Technical Review (MITRE) Clause. (xiv) DPAS code is DO-A7 (Normal Action/Electronic and Communications Equipment) (xv) There are no applicable numbered notes. ( xvi) Proposal Volumes 1-3 are due on April 12, 2004, by close of business (1700 hrs) Eastern Daylight Time. The Government requests that all proposals remain effective for 90 calendar days following receipt of proposals by the Government. The offers are due at: ESC/NIK (ATTN: Mr. Bill Donaldson, 781-271-6091), 202 Burlington Rd, Bedford, Massachusetts 01730-1420. (xvii) 1Lt Christopher Marquis, Contracts Manager, 781-271-6272, Chris.marquis@hanscom.af.mil , Mr. Bill Donaldson, Contracting Officer, 781-271-6091, bill.donaldson@hanscom.af.mil
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00552334-W 20040325/040323211826 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |